B-2 PDUC Motor Controller
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, AFSC PZABC, has issued a Solicitation (FA8119-26-R-0010) for the B-2 PDUC Motor Controller. This is a Small Business Set-Aside for a negotiated acquisition covering maintenance, repair, and rebuilding of aircraft components. The solicitation seeks services for the Controller, Motor (NSN: 6110013172372FW) for the B-2 Power Drive Unit. Offers are due by a date and local time to be specified.
Scope of Work
This solicitation requires services for the Controller, Motor (NSN: 6110013172372FW), including:
- TEAR DOWN TEST & EVALUATION: Providing a Teardown Deficiency Report.
- REPAIR: Services for the Controller, Motor.
- OVER AND ABOVE: Work related to the Controller, Motor, requiring prior submission and approval.
- No Fault Found: Services for the Controller, Motor.
- Data Requirements: Not Separately Priced (NSP) data as specified in Section J and CDRL DD Form 1423. Specific part numbers and manufacturers are detailed within the solicitation.
Contract & Timeline
- Type: Firm Fixed Price (FFP)
- Structure: Basic Year and Option Years, with multiple line items for different periods.
- Set-Aside: Small Business
- Offers Due: Date and local time to be specified.
- Published: March 31, 2026
- Place of Performance: Oklahoma City, OK, United States
- Product/Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories)
Evaluation
Award will be based on evaluation factors detailed in Section M of the solicitation. F.O.B. Origin evaluation applies for common carrier shipments within the contiguous United States.
Additional Notes
The solicitation incorporates various FAR and DFARS clauses by reference. Transportation is F.O.B. Origin with specific ship-to codes. The solicitation is rated DX A1 under the Defense Priorities and Allocations System (DPAS). Required representations and certifications include those related to SAM and small business status.